Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Larbert
FK5 4RU
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Official Veterinarian Services at Border Control Posts
Reference number
PS/394/26
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement for the provision of Official Veterinarian Services at Border Control Posts at the Port of Grangemouth and Perth Harbour.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Port of Grangemouth and Perth Harbour
two.2.4) Description of the procurement
The Port of Grangemouth (GBDPE30) is a Border Control Post (BCP) which is designated for the importation of products of animal origin (POAO), high risk food and feed not of animal origin (HRFFNAO) and plastic kitchenware from China and Hong Kong.
Perth Harbour (GBPER12 is a BCP which is designated for the importation of products of animal origin not for human consumption (POAO-NHT).
Falkirk Council are seeking to appoint an Official Veterinarian (OV) to both BCPs as required by Regulation 10 (1) of The Trade in Animals and Related Products (Scotland) Regulations 2012.
The OV is responsible for ensuring the effectiveness of official controls at the Grangemouth and Perth BCPs.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2026
End date
31 December 2028
This contract is subject to renewal
Yes
Description of renewals
On conclusion of the initial three year framework agreement, an extension for a period of up to 12-month to 31 December 2029 without the need to call for further competition may be available.
Any extension shall be in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option of up to 12 months extension on conclusion of the initial three year period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
See available tender documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
It is a requirement of this tender that the bidder must hold a valid registration with Companies House. Where the bidder is not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.
Royal College of Veterinary Surgeons Registration
All bidders and any proposed sub-contractors shall be a registered member or Fellow of the Royal College of Veterinary Surgeons (RCVS). Bidders will submit documentary evidence of their current and valid membership of RCVS within their Single Procurement Document submission on Public Contracts Scotland.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Credit safe credit scoring check will be run on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the framework.
Minimum level(s) of standards possibly required
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 5 Million GBP
Product Liability Insurance = 5 Million GBP
Professional Indemnity = 5 Million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Royal College of Veterinary Surgeons Registration
All bidders and any proposed sub-contractors shall be a registered member or Fellow of the Royal College of Veterinary Surgeons (RCVS). Bidders will submit documentary evidence of their current and valid membership of RCVS within their Single Procurement Document submission on Public Contracts Scotland.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 October 2025
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 October 2025
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tendering opening committee comprises of Council Procurement Specialist.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2028 if decision is taken not to extend. If extension is agreed, a further notice may be issued July 2029.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
See available tender documentation.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=796631.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Providers will be required to deliver community benefits in the Falkirk Council area, of a value equivalent to at least 0.5% of the spend by Falkirk Council in that year.
Examples of Community Benefits that may be suggested are as below. These are representative and not required examples:
- Donation of goods/materials to a local community group/project/school
- Donation of funds to a local community group/project or to a local foodbank
- Donation of funds to Falkirk Council’s Community Choices Fund
- Provision of expertise to a community group linked to animal welfare
(SC Ref:796631)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796631
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House, Main Street, Camelon
FALKIRK
FK1 4AR
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House, Main Street, Camelon
FALKIRK
FK1 4AR
Country
United Kingdom